HomeMy WebLinkAbout13. 15-172
APRIL 14, 2015 15-172 RESOLUTION
(CARRIED___7-0_____LOST________LAID OVER________WITHDRAWN________)
PURPOSE: APPROVE PROFESSIONAL SERVICE AGREEMENT WITH TYLER
TECHNOLOGIES INC. FOR ENTERPRISE RESOURCE PLANNING
(ERP) SOFTWARE PACKAGE ($665,378.00)
INITIATED BY: PURCHASING DEPARTMENT
BE IT RESOLVED by the Common Council of the City of Oshkosh that the proper
City officials are hereby authorized to enter into and take those steps necessary to
implement an appropriate agreement with Tyler Technologies Inc. for Enterprise Resource
Planning (ERP) Software in the amount of six hundred sixty-five thousand three hundred
seventy-eight dollars ($665,378.00).
Acct. No. 323-0110-7230-06526 Equipment Fund – Computer Software
CITY HALL
215 Church Avenue
P.O.Box 1130
Oshkosh,Wisconsin �I}\, Or OShkOSh
54903-1130 l� T
�
�
QIHKO.IH
TO: Honorable Mayor and Members of the Common Council
FROM: Jon G. Urben, General Services Manager
DATE: April 7, 2015
RE: Approve Professional Service Agreement with Tyler Technologies Inc. for
Enterprise Resource Planning (ERP) Software Package and Approve Purchase
Pursuant to State of Wisconsin Cooperative Purchase with SHI International
Corporation far Microsoft Software Licenses
BACKGROUND
For the last several years the city has identified the limitations of our financial software system
and the inefficiencies of our workflow processes. These systems have created duplication of
efforts, operational challenges and redundant warkflow. In addition, because the current software
is no longer in product development and its product support is being phased out, the city has
determined it must secure a long term fully integated enterprise resource planning (ERP)
solution which will promote transparency and efficiency among all city departments. The
implementation of an enterprise system will also allow for the optimization of workflow
processes, accessibility, and alignment of functions across the organization.
In recognition of this critical need the Common Council adopted in their 2015-16 strategic plan
the need for the implementation of an ERP solution to address the goal of developing a high
performing effective government. In commitment to this priority goal the Common Council
allocated $1.2M in the CIP Major Equipment budget over three years(2015-2017).
A cross-functional committee of employees from various departments and divisions including
Finance, Accounting, Collections, Purchasing, Payroll, Benefits, Human Resources, Information
Technology and others was established to develop a Request for Proposal (RFP) document
seeking vendors for an ERP software solution.
The city sought proposals for a commercial off-the-shelf suite designed for an enterprise
environment. The ERP will assist the organization in accomplishing its mission of managing
enterprise resources in order to provide the city services that meet the operational and municipal
requirements. The ERP will provide the Oshkosh Common Council, citizens and city staff with a
strategic and tactical view of municipal performance.
�
ti�•
Priorities of the ERP requirements will include the ability to:
• Provide capability for financial reporting, budgeting, and asset management built for
multiple sites ar locations to enable comprehensive, flexible reporting and management
based upon sites, departments, division and special funds.
• Provide capability for budgeting and forecasting at all arganizational levels, against
single accounts, sites, departments, divisions.
• Provide core financial components to support all accounting and business activities.
• Develop and track budgeting related to capital improvement programs and their
associated projects.
• Develop workflow functions to facilitate the automation of business processes among
multiple departments in which documents, information, and/or tasks are passed from one
user to another for action or approval,according to a set of procedural rules.
Staff surveyed comparable or larger municipalities and counties to Oshkosh and concluded there
were three possible providers that could deliver an integrated ERP with all the necessary modules
and functionality requirements that specialize in municipal operations and financial systems.
These three providers were also identified for their market dominance of product development,
longevity, support and evolution. RFP's were sent out to these three firms in September, 2014.
ANALYSIS
The RFP's were due November 11, 2014. An evaluation committee representing numerous
functional areas was established to evaluate the sole proposal received from Tyler Technologies
Inc. The committee evaluated Tyler's proposal against the RFP's stated criteria which included
technical requirements, implementation strategy and timelines, demonstrated performance of
proposed system elsewhere in the public sector, timeliness and professionalism of on-going
support, cost and quality of software and implementation services, cost of on-going maintenance
and value-added qualities. The evaluation committee concluded Tyler's proposal met all the RFP
criteria and invited Tyler to present onsite information/demonstration sessions of their software at
City Hall in early February.
City employees from all departments were invited to attend any of the 17 different informational
sessions about Tyler's software and modules. Attendance at the sessions totaled 251. Employee
surveys of those that attended the sessions indicated that 68% felt that Tyler's proposed ERP
software and modules would create efficiencies and improvements within their day to day
operations. The evaluation committee concluded Tyler's proposed ERP solution provided several
enhancements and improvements to the city's current financial software capabilities. Some of
these included the integration of systems, improved workflow, the ability to trend and forecast,
improved reporting and transparency, improved audit trail and accountability, ability to establish
and track internal/external metrics and benchmarks and the ability to create tools for citizen
engagement.
The ERP will provide functional modules for the following areas: general ledger, accounts
payable, accounts receivable, purchasing, work orders, performance based budgeting, fixed
assets, inventory, project and grant accounting, contract management, cash receipting, cash
management,bid management,tax billing,utility billing, parking tickets, animal licensing, citizen
self-service, and e-procurement(online vendor registration).
The evaluation committee determined significant cost savings would be realized with Tyler's
proposal because of our existing relationship with Tyler's modules and software. Having
purchased portions of Tyler's Munis package in recent years will allow the city to maximize our
existing investment within this ERP solution by activating these new modules.
Based on Tyler's proposal and the critical need of this software, it was the consensus of the
evaluation committee, the Finance Director and the City Manager that the Tyler proposal
provided a sound solution at a competitive price to address the city's current and long term needs
for its ERP. Assuming Council approval of this recommendation staff anticipates the following
timelines: facility modifications beginning April, 2015 and completion by September 1, 2015;
initial workflow assessments beginning August 1, 2015; initial implementation beginning January
l, 2016 with full implementation completion by summer, 2017.
FISCAL IMPACT
The original estimate for the full implementation of this ERP project was $1,200,000 over three
years (2015-2017). This implementation will require software, hardware, equipment and related
necessary workstation and facility modifications. Because of the city's existing investment in
the Tyler Munis package the city will realize an estimated $200,000 in cost savings from the
original projected budget from the 2015-2017 CIP to a revised total project budget of$1,000,000.
A summary of cost areas for this project include:
Tyler Technologies Inc. ERP Software $665,378
Microsoft licenses $165,651
Server hardware $12,151
Miscellaneous computer hardware $15,810
Facility modifications/workstations $118,000
Contingency 23 O10
$1,000,000
Any variances to these costs would be adjusted by the contingency. This ERP project will
necessitate the purchase of Microsoft software licenses to update our computers to allow for the
new ERP software and implementation. Purchasing has determined that SHI International
Corporation holds the State of Wisconsin Department of Administration contract (#15-20800-
001) for IT-Microcomputer Software. The total state contract price for the required Microsoft
software licenses is $165,651. In addition, by moving towards one ERP solution the city will
consolidate three maintenance software agreements into one agreement which are expected to
result in a net budgetary savings of approximately $15,000 annually. Costs for this project will
be charged to A/N# 323-0110-7230-06526. Some of these costs will be charged to the
appropriate utility funds.
RECOMMENDATION
Purchasing is recommending the Common Council approve two actions with this resolution. 1)
Section 12-16 of the Municipal Code provides that subject to the approval of the City Manager
professional services of a specialized nature, including computer software applications, systems
development and implementation, may be procured without following a competitive bidding or
quotation process. In accordance with Section 12-16 and because this purchase in excess of
$75,000, Purchasing recommends that the Common Council award the ERP software package to
Tyler Technologies, Inc., 5101 Tennyson Parkway, Plano, TX, 75024 for $665,378. 2) Section
12-15 of the Municipal Code provides that subject to approval of the City Manager, cooperative
purchases pursuant to a contract with any other local, state or federal governmental unit or agency
may be made without following a competitive bidding or quotation process. In accordance with
Section 12-15 of the Municipal Code and with approval by the City Manager, Purchasing
recommends that the Common Council approve the purchase of Microsoft soflware licenses for
the ERP implementation pursuant to the State of Wisconsin Cooperative Purchase to SHI
International Corporation, 33 Knightsbridge Road, Piscataway,NJ, 08854 for$165,651.
Respectfully Submitted, Approved:
�f�s�, ,,�e �
k �
Jon G. Urben, General Services Manager Mark A. Rohloff, City Manager
cc John Fitzpatrick,Assistant City Manager/Director of Administrative Services
Trena Larson, Director of Finance